SOURCES SOUGHT
R -- Independent Engineer Services to Support Renewable Energy Projects
- Notice Date
- 8/3/2016
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Golden Field Office U.S. Department of Energy Golden Field Office 15013 Denver West Parkway Golden CO 80401 US
- ZIP Code
- 00000
- Solicitation Number
- DE-SOL-0010225
- Response Due
- 8/15/2016
- Archive Date
- 5/29/2017
- Point of Contact
- Archuleta, Synthia J
- Small Business Set-Aside
- Total Small Business
- Description
- This is a sources sought synopsis announcement for small business concerns only. There is no solicitation available at this time and requests for a solicitation will receive no response. This Sources Sought Notice is published for market research purposes only and is being conducted to identify potential small business concerns capable of performing the requirements for anticipated Independent Engineer support services. Currently, the Department of Energy (DOE) Energy Efficiency & Renewable Energy (EERE) has a requirement for Independent Engineer Support Services to support the various EERE Offices including the Bioenergy Technology Office (BETO) and the Wind and Water Power Technology Office (WWPTO). At this time, the BETO and WWPTO Offices have the most need for these services. However, it is anticipated that other EERE Offices will require these services in the future. A listing of the offices can be found at http://energy.gov/eere/office-energy-efficiency-renewable-energy Currently, these services are to support various Renewable Energy Projects with an emphasis on Bioenergy, Wind, and Water Power projects. Information is being collected from all potential small business sources at this time. The anticipated National American Industry Classification System (NAICS) code for this action is 541330, Engineering Services, size standard $15,000,000.00. A single requirement is planned for the independent engineering support services. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DOE contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their SAM registration. At this time an acquisition strategy has not been finalized. Interested parties responding to this sources sought notice shall identify any key partnering agreements (joint venture agreements, key subcontractors, other teaming arrangements). Please note that a key factor for any proposed Joint Venture proposal is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. Should a solicitation be issued as a result of this sources sought notice, the Contractor shall furnish all necessary personnel, supervision, management, facilities, supplies, materials, equipment, and transportation needed to accomplish the requirements unless otherwise specified in the resulting solicitation. The estimated value of this effort is between $17,000,000.00 and $22,000,000.00. It is anticipated that should a contract be awarded, it will be awarded as an indefinite delivery indefinite quantity (IDIQ) contract with individual task orders written against the IDIQ contract for each project that receives a financial assistance award. The work will be performed at various locations including the Contractor ™s facility, DOE facilities in Washington, DC and in Golden, CO, and at the various project sites which can be located anywhere within the states and territories of the United States (US) where projects are selected for award under the programs funding opportunity announcements (FOAs). Some limited foreign travel may also be required. It is also anticipated that the IDIQ contract will be awarded with a minimum base period of three (3) years with two (2) “one (1) year option periods. These technical support services include, but are not limited to: - Project Management: schedule review and performance evaluation, milestone verification, technical review, and meeting attendance. - Financial Review: budget analysis, contingency adequacy verification. - Financial Risk Assessment: explore historical financial data, monitor financial movements, and predict future results. - Techno-economic Analysis and Modeling: analysis and model development of key project metrics to estimate future commercialization costs. - Procurement and Construction Evaluation: U.S. content verification, procurement verification, construction inspection review, review of certified verification agent documentation. - Assistance in preparing terms and conditions for Federal Financial Assistance Cooperative Agreements for applicants selected under Funding Opportunity Announcements (FOA). - Engineering review of proposed project designs including incremental and final design reviews and pilot or demonstration test protocols and results. - Report on design progress leading to facility construction or modification, and perform the Independent Engineer ™s Performance Test. - Provide engineering and operational risk assessments of the preliminary through final project design. - Negotiate non-disclosure agreements/conflict of interest agreement with Recipients of each of the project awards to gain access to unique, highly specialized trade secrets/business proprietary information. - Provide engineering and financial consulting services to DOE throughout all phases of the projects including planning/design, construction, commissioning, startup and operations of each project. - Evaluate unique technology associated with the DOE projects that utilize highly specialized technology, and provide detail technical and risk analyses as required. - Perform financial analysis and due diligence during design, construction, start-up and operations, this includes analysis of the pro forma. - Prepare final reports once projects are concluded that will provide a comprehensive assessment of the project ™s accomplishments, including analysis of original proposed scope, schedule, and budget as compared to the actual scope, schedule, and budget of the now-completed project. - Conduct analyses and estimates of existing constructed or partially constructed facilities to assist DOE with determining which equipment and supplies should be allowed costs under the DOE project. - Provide analysis and reports on topics related to bioenergy projects and related activities. - Attend peer reviews, comprehensive project reviews, critical decision panel reviews, stage gates, go/no-go reviews, programmatic reviews and special topic meetings. - Provide technical advice to DOE on preparation of future FOAs for renewable energy projects. - Prepare various assessments of projects selected from all relevant DOE FOAs, to include: o Monitoring, collection, and reporting on the cross-cutting lessons learned in the development of renewable energy projects designed and developed to ultimately produce renewable fuels and power in commercially relevant quantities. o The report should address not only the projects being monitored under the contract but also any other similar projects receiving financial assistance from DOE that are either on-going or complete, if their progress is relevant to the State of Technology. See the attached proposed Performance Work Statement for further information, including required experience and demonstrated competencies. Submittal Instructions Interested small business concerns that have the potential capacity to perform these services, shall submit a single capabilities package addressing the requirement for independent engineering support services. The capabilities package should be brief and concise. Recent, relevant experience should be provided, including whether this experience was as a prime contractor or a subcontractor, whether it was in support of a Government or commercial contract and what the scope of the experience was. Teaming and/or subcontracting arrangements should be clearly delineated and any previous experience in teaming arrangements must be outlined. Interested small business concerns shall clearly explain how they intend to meet the stated requirements. The capabilities package shall not exceed twenty (20) pages. If additional pages are submitted, only the first twenty (20) pages will be reviewed. The capabilities package shall include the following 1. Provide the following for your organization: a. Company Name b. Company Address c. DUNS number d. CAGE Code e. GSA Schedule Number (if applicable) f. Web Page URL g. Point of contact (Name, Title, Phone Number, Email Address) h. Additional Small Business Designations (i.e. SDVOSB, WO, HubZone, etc.) i. Small Business Certification Expiration Date, if applicable 2. If possible, information on no more than three (3) past or present contracts for the same or similar types of service contracts (preferably Federal Government contracts) within the last five (5) years and include agency/company name, point of contact, dollar value, period of performance and the services performed as related to independent engineering activities federal financial assistance awardees. 3. Information on your engineering company ™s experience with design, construction, and operations of integrated biorefineries and other types of chemical processing facilities that would demonstrate the skills required. 4. Information on your engineering /company ™s experience with research, development, and demonstration of wind and water power technologies. For the demonstration component, this includes the design, construction, and operations of wind or water power generation facilities. The provided information must demonstrate the skills required for these technologies. 5. Information on the disciplines and capabilities of the staff in your company as related to in the following engineering fields: Chemical, Agricultural, Biochemical, Offshore and Naval Architecture, Aeronautical, Mechanical, Civil/Structural, Civil/Geotechnical, and Electrical. 6. Information on the approximate full-time employee-equivalent (FTE) of qualified personnel who could be assigned to be responsible for multiple projects at once in different areas of the country. 7. Information on supporting staff you currently have, or could retain to assist with other reviews and oversight, i.e. financial analysis, legal support, the National Environmental Policy Act requirements, environmental, or other regulatory professionals. 8. Information on the ability to provide financial risk assessments with ongoing evaluations of projects. 9. Information on the ability to provide modeling of designs. 10. Describe any conflict of interest mitigating strategies that you have in place or have had to utilize for similar assignments. 11. Discuss your company ™s experience as relating to any previous federal contracting and acquisition. As related to independent engineering activities for federal financial assistance awardees. 12. If significant subcontracting, teaming arrangements, mentor/protégé, or joint venture arrangements are anticipated in order to meet technical capability, the small business company shall address the administrative and management structure of such arrangements. 13. Provide a point of contact: name, location, phone number, and email address. 14. The submittal shall be limited to a total of twenty (20) pages, no less than 11 point font with one inch margins. Only the first twenty (20) pages of information received will be reviewed and considered. The information provided will be used to determine if the requirement should be set-aside for one of the identified small business categories. Failure to provide the mandatory required information in order for an adequate preliminary assessment to be made will result in the effort being advertised for other types of competition. No solicitation document exists at this time. This request for market survey capability does not constitute a request for proposals. Therefore, requests for a solicitation will not be considered and no further action will be taken by the Government. This notice may represent the Government ™s only official notice of this procurement. Submission Instructions: Submissions shall be emailed to EERE_IE@ee.doe.gov by no later than the date and time specified in this sources sought notice. Communications and Questions: Telephone and e-mail inquiries will not be considered and will receive no response, including questions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0010225/listing.html)
- Record
- SN04207065-W 20160805/160803234603-e7915a03df30f1168ce2fc1501eb81b8 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |